Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2005 FBO #1383
SOLICITATION NOTICE

66 -- Carbon Fiber Beam and Support Structure

Notice Date
9/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-05-Q-1043
 
Response Due
9/12/2005
 
Archive Date
9/27/2005
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible offerors may submit a quote. The National Institute of Standards & Technology, Large-Scale Coordinate Metrology Group (LSCMG), provides methods, procedures and artifacts for performance evaluation of large scale coordinate measuring systems. One such system is a laser tracker, which is a measuring instrument that has a measuring envelope of approximately 35 meters. In order to evaluate the performance of these instruments, the LSCMG is in the process of designing new, novel artifacts. The artifact described in the solicitation will be used as a support structure for targets that can be measured with these systems. The distance between the targets, designed by NIST, will be the calibrated dimension of this artifact. Consequently, the support structure should be rigid with a high stiffness to weight ratio, have low coefficient of thermal expansion and be easily repositioned into different orientation. This will allow the artifact to sample the measuring errors over a large portion of the measuring envelope. Quoters shall provide a quotation for the following: LINE ITEM 0001: Quantity one (1) each Carbon Fiber Beam and Support Structure for Prototype Development of a Laser Tracker Artifact meeting all of the following required specifications: 1. Carbon fiber beam three (3) meters, plus or minus 100 mm: (a) Cross section minimum 90mm height and 50mm width; (b) May be hollow with minimum wall thickness of 10mm; (c) Absolute value of coefficient of thermal expansion less than 1 ppm Celsius; (d) Mounting holes along neutral axis and positioned at airy points; (e) Sealed ends; (f) Effective modulus of elasticity of greater than 45 GPa; 2. Tripod mounting structure to hold the beam in horizontal, vertical, and inclined positions. Possible inclined orientation may be discreet orientations as long as the beam may be positioned at a 45-degree inclined angle relative to the ground. The tripod shall include integral fixtures to support the carbon fiber beam; 3. No mounted artifacts or target nest along the beam length. (Typically, this type of artifact has mounted spheres along its length. NIST does not desire to have these as NIST?s application requires designing special use target nests.) The Contractor shall provide a description of the warranty provided for the equipment. Delivery shall be FOB DESTINATION shall be completed in accordance with the Contractor?s commercial schedule. FOB DESTINATION means: The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award shall be made to the quoter who: (1) Meets all required technical specifications as determined by a review of documentation submitted in accord with this solicitation; and (3) Quotes the lowest price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and clearly documents that the offered products meet or exceed the specifications stated above. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provision applies to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.225-1, Buy American Act?Supplies; (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (31) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one copy of a quotation which addresses Line Item 0001; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) A copy of the most recent published price list(s). All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. local time on September 12, 2005. FAX quotations shall not be accepted. E-mail quotations shall be accepted.
 
Place of Performance
Address: Contractor's Site
 
Record
SN00888799-W 20050909/050908033154 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.